ST. JOHN THE BAPTIST PARISH

PURCHASING & PROCUREMENT DEPARTMENT

1801 W. Airline Highway

LaPlace, LA 70068

Quotation No. RFQ – 2016-06 Closing Date: January 11, 2017 at 2:45 p.m. C.S.T.

REQUEST FOR QUALIFICATIONS (RFQ)

Subject: River Rd. Effluent Pump Station Control Panel, Level Controls, and SCADA Equipment

1 | Page

Company______

Federal Tax I.D. No.______

Street Address ______

City______

State ______Zip Code ______

Telephone: ______Fax______
E- Mail______


Name______

[PRINT OR TYPE]

Signature*______

Title______

Date______

*Authorized Signature: The signer declares under penalty of perjury that she/he is authorized to sign this document and bind the company or organization to the terms of this agreement.

FOR CONSIDERATION AS A RESPONSIVE SUBMITTAL, THE FOLLOWING IS REQUIRED:

1)  All information on this Request for Qualifications cover page must be completed.

2)  This cover page must be signed with an original signature.

3)  Submittals are due on or before the exact closing date and time. Submittals received after the exact closing date and time will NOT be considered. If hand delivering, please allow enough time for travel and parking to submit by the closing date and time.

FOR FURTHER INFORMATION CONCERNING THIS RFQ, PLEASE CONTACT:

Jean Stewart, Purchasing and Procurement
Phone: (985) 652-9569 E-mail:

QUESTIONS AND COMMENTS MUST BE SUBMITTED NO LATER THAN 3:00 P.M. January 4, 2017.

St. John the Baptist Parish, Louisiana

Request for Statement of Qualifications

SCOPE OF WORK

The Parish of St. John the Baptist (“The Parish”) hereby issues a Request for Qualifications (RFQ) for one firm that possesses Professional Engineering qualifications for the purpose of preparing plans and specifications for the design of River Road Effluent Pump Station Control Panel, Level Controls and SCADA Equipment. Requested information shall be completed on Standard Form SJB-1000.

The preparation of plans and specifications for the design of the proposed River Road Effluent Pump Station Control Panel, Level Controls and SCADA Equipment is necessary for advertising the project for public bids. This project design will be funded through a FY15 EPA Lake Pontchartrain Basin Restoration Program Grant.

The selected firm shall provide sufficient information demonstrating that the firm has Professional Electrical Engineers registered in the State of Louisiana in good standing and sufficient support staff available to complete the required design documents for the proposed project. Final drawings, specifications and bid documents shall all be included in the design package and submitted to the Department of Utilities. The Project Engineer shall supervise the bid process and all included pre-bid and pre-construction conferences as required. In addition, the selected firm shall provide the required personnel to inspect and supervise the construction of the proposed improvements in accordance with the plan documents design. The Parish shall be notified of all individuals and sub-consultants who propose to work on any portion of the project on a continual basis.

Due to the critical nature of the schedule to receive funds for this project, the selected firm shall be able to complete design plans and specifications and have the project ready for bid within three months of receiving a signed engineering agreement. The ability and capacity to meet this aggressive schedule shall be demonstrated within the statement of qualifications submitted.

COMPENSATION

Compensation for the requested services will be based on project fund source requirements.

The Parish reserves the right to determine method of payment.

All fees shall be negotiated with consultant by appropriate Parish Department personnel and shall be mutually agreeable to both parties.

All costs associated with the project shall be subject to St. John the Baptist Parish review and Parish President’s approval.


GENERAL TERMS AND CONDITIONS

1.0  RFQ Process

1.1  This RFQ is subject to all applicable state and local laws, including the Louisiana Code of Governmental Ethics.

1.2  RFQ’s, associated documents and addenda may be obtained from the Department of Purchasing and Procurement at 1801 W. Airline Hwy., LaPlace, LA 70068 or by downloading from the Parish’s website at www.sjbparish.com or Central Bidding at www.centralbidding.com. Electronic submittals are accepted through www.centralbidding.com only.

1.3  Written addenda to the RFQ may be issued to provide clarification, corrections, or to answer questions. It is the Company’s responsibility to periodically check either with Yvonne Rongey, , in the Department of Purchasing and Procurement, the parish website, www.sjbparish.com or www.centralbidding.com for addenda that may be issued to implement changes or clarifications to the RFQ prior to due date.

1.4  The Parish reserves the right to request additional information to clarify Submittals. The Parish shall determine the appropriate means of clarification: telephone, e-mail, letter, or oral interviews.

2.0  Submittals

2.1  All qualification statements must be submitted on the Standard Form SJB-1000 in a sealed envelope to the Receptionist of the Parish President, 1801 W. Airline Highway, LaPlace, LA 70068. The submission number, name, and closing date/time must be referenced on the outside of the envelope (lower left corner). Submissions must be received prior to 2:45 p.m. on January 11, 2017.

2.2  Each Company shall provide a submittal package based on the designated point evaluation scoring criteria. The submittal shall provide clear and sufficient information to enable the selection committee to evaluate the responsiveness and quality of the submittal. The Selection/Scoring Criteria (Exhibit A) will be used to evaluate all SOQ’s received. Failure to provide all required information shall be cause for rejection of the submittal as non-responsive.

2.3  Company shall submit one electronic copy (thumb driver or cd), one original and five (5) copies of qualifications by the date and time specified. Failure to submit the required number of copies may result in finding of non-conformance. Originals should be clearly marked.

2.4  The Parish will not be responsible for submissions forwarded through the U.S. Postal Service or any delivery service if lost in transit at any time before submission opening, or if hand-delivered to the incorrect location.

2.5  Postmarks will not qualify as delivery, and submittals by facsimile (FAX) or e-mail will not be accepted. Any submittal received after 2:45 p.m. (CST) on January 11, 2017 will be deemed unresponsive and will be returned to Company unopened.

3.0  Opening

Submittals will be opened at 3:00 p.m. (CST) on January 11, 2017 in the Joel S. McTopy Council Chambers, 1801 W. Airline Highway, LaPlace, LA 70068.

4.0 Public Disclosure

It is understood and agreed upon by the Company submitting a Statement of Qualifications that the Parish has the right to withhold all information regarding this procurement until after contract award, including but not limited to: the number received; competitive technical information; competitive price information; and the Parish’s evaluation concerns about competing submittals. Information releasable after award is subject to the disclosure requirements of the Louisiana Public Records Act. Company specifically waives any claims against Parish related to the disclosure of any materials if made under a public records request.

5.0 Parish Commitment

5.1 The parish shall have the right to reject or accept any Submittal or offer, or any part thereof (i.e., any component of any proposed solution) for any reason whatsoever and to accept other than the lowest offer, at its sole discretion.

5.2  This RFQ does not commit the Parish to award, nor does it commit the Parish to pay any cost incurred in the submission of the SOQ, or in making necessary studies or designs for the preparation thereof, nor procure or contract for services or supplies. Further, no reimbursable cost may be incurred in anticipation of a contract award.

5.3  The Parish reserves the right to terminate this RFQ at any time prior to contract execution.

5.4  No prior, current, or post-award verbal conversation or agreement(s) with any officer, agent, or employee of the Parish shall affect or modify any terms or obligations of this RFQ, or any contract resulting from this procurement.

5.5  The Parish reserves the right to revise any part of the RFQ by issuing an addendum to the RFQ at any time in accordance with relevant Louisiana Revised Statutes. Issuance of this RFQ in no way constitutes a commitment by the Parish to award a contract. The Parish reserves the right to accept or reject, in whole or part, all submittals, and/or cancel this announcement if it is determined to be in the Parish’s best interest. All materials submitted in response to this announcement become the property of the Parish, and selection or rejection of a submittal does not affect this right.

6.0 Late, Modified, or Withdrawn Submittals

6.1 Any Submittal received after the exact time specified for receipt will not be considered.

6.2 No modification of a Submittal, except a modification resulting from the Parish’s request for “best and final offer,” will be accepted.

6.3 No Company may withdraw his/her submittal within forty-five (45) days after the actual date of opening thereof.

7.0 Evaluation and Selection

7.1 Objective

The purpose is to evaluate all Statements of Qualifications with the ultimate interest of entering into an agreement with that Company determined to be most advantageous to the Parish, price and other factors considered.

Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin.

7.2 Evaluation

A Source Selection Committee is appointed by the Parish President for the purpose of evaluating qualifications received in response to an RFQ. The Committee will evaluate submittals by qualified Companies on the basis of the guidelines set forth in the RFQ. The Parish reserves the right to request additional information and clarification of any information submitted.

Evaluation criteria have been established to determine which Company will best contribute to the overall goals of the Parish. This criteria is detailed in Exhibit A, Selection/Scoring Criteria, which is attached hereto and made a part hereof.

The Source Selection Committee will determine if interviews are necessary as part of its evaluation process.

7.3 Recommendation and Selection

The Parish Administration will present its recommendation to St. John the Baptist Parish Council for award. As part of the negotiation process, the Parish reserves the right to negotiate with the successful Company. This award will be made to the most responsible firm or team whose qualifications are determined in writing to be most advantageous to the Parish, based on the scoring criteria set forth in this document. The Parish also reserves the right to reject any and all Submittals.

8.0 Term

The contract shall end upon completion of the project as determined by the Parish.

9.0 Insurance

Company shall obtain, pay for and keep in force, at its own expense, minimum insurance effective in all localities where Company may perform the work hereunder, with such carriers as shall be acceptable to Council:

A.  Statutory Workman’s Compensation covering all state and local requirements and Employer’s Liability Insurance covering all persons employed by Company in connection with this agreement.

The limits for “A” above shall be not less than:

1.  Employer’s liability limits of $1,000,000/$1,000,000/$1,000,000

2.  Some contracts may require USL&H or maritime coverage. This should be verified with Insurance Department/Legal Dept.

3.  No excluded classes of owners/officers or employees shall be allowed on Council’s premises.

WAIVER OF SUBROGATION in favor of St. John the Baptist Parish Council should be indicated on certificate.

B.  Commercial General Liability, including:

1.  Contractual liability assumed by this agreement

2.  Owner’s and Contractor’s Protective Liability (if Contractor is a General Contractor) may be required.

3.  Personal and advertising liability

4.  Completed operations

5.  Medical payments

The limits for “B” above shall not be less than:

1.  $1,000,000 each occurrence limit

2.  $2,000,000 general aggregate limit

3.  $1,000,000 products/completed operations aggregate limit

4.  $1,000,000 personal and advertising injury limit

5.  $50,000 fire damage limit

6.  $5,000 medical expense limit (desirable but not mandatory)

St. John the Baptist Parish Council will be NAMED as additional insured and WAIVER OF SUBROGATION in favor of St. John the Baptist Parish Council should be indicated on certificate.

Some contracts may require Protection and Indemnity coverage. This should be verified with Insurance Department/Legal Dept.

C.  Comprehensive Automobile Liability covering all owned, hired and other non-owned vehicles of the Company.

The limits for “C” above shall not be less than: $1,000,000 CSL

St. John the Baptist Parish Council will be NAMED as additional insured and WAIVER OF SUBROGATION in favor of St. John the Baptist Parish Council should be included on certificate.

D.  Professional Liability Insurance covering the Wrongful Acts of those professional firms and individuals performing services for St. John the Baptist Parish. Certain classifications of service providers will be required to provide evidence of Professional Liability Insurance. Examples of these providers include but are not limited to: Professional Engineers, Architects, Land Surveyors, Attorneys, and IT Consultants.

The limits for “D” above shall not be less than: $1,000,000 CSL

WAIVER OF SUBROGATION in favor of St. John the Baptist Parish Council shall be included on the Certificate.

OTHER SPECIFIC COVERAGE RELATED TO THE TASK BEING PERFORMED MAY BE REQUIRED.

All required insurance certificates shall be submitted to the Director of Purchasing & Procurement within ten days of provisional award. Failure to provide insurance certificates within the time frame specified by the Parish shall be cause for the submittal to be rejected as non-responsive. Company shall maintain insurance in full force and effect during the entire period of performance of work. Failure to do so shall be cause for termination of the contract. All policies must have a thirty (30) day non-cancellation clause giving the Parish thirty (30) days prior written notice in the event a policy is changed or canceled.

ALL FORMS MUST BE FILLED OUT IN ITS ENTIRETY TO BE CONSIDERED. ANY PARTIALLY COMPLETED FORMS MAY BE REJECTED AND CONSIDERED NON-RESPONSIVE.

10.0 Submittals Required upon Provisional Award

Failure to provide the following documentation within the time period specified may be cause for the provisional award to be voided and the submittal to be rejected as non-responsive:

-  Insurance Requirements as specified in Section 9.0, if not currently on file

-  A current, fully executed Taxpayer Identification Number (W-9 form)